H341--Fire and Smoke Damper Testing
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Gulf Coast Veterans Health Care System (GCVHCS) Network Contracting Office 16, is issuing a Request for Quotation (RFQ) for Fire and Smoke Damper Testing, Inspection, and Repair Services. This opportunity is for the Joint Ambulatory Care Center (JACC) in Pensacola, FL, and is a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. Proposals are due by February 20, 2026, 12:00 PM CT.
Scope of Work
The contractor will be responsible for locating, mapping, testing, inspecting, and performing necessary repair work on all fire and smoke dampers at the JACC. Key deliverables include documenting all tested devices with unique identification, location, status (Pass/Fail), and a consolidated deficiency list. The contractor must coordinate with the Contracting Officer's Representative (COR) and local fire department during testing, clean areas using HEPA filtration, and provide comprehensive reports detailing inspection, repair, or replacement findings. All services must comply with applicable National Fire Protection Agency (NFPA) and Occupational Safety and Health Administration (OSHA) codes and standards, including 4-year frequency tests for fire/smoke pumps.
Contract Details
- Type: Firm-Fixed-Price Request for Quotation (RFQ).
- NAICS Code: 541350 (Building Inspection Services), with a size standard of $11.5 Million.
- Period of Performance: February 27, 2026, through June 27, 2026.
- Set-Aside: 100% Service-Disabled Veteran Owned Small Business (SDVOSB). Offerors may be required to demonstrate that at least 51% of personnel costs for contract performance will be spent on employees of the SDVOSB concern or other SDVOSB concerns.
- Place of Performance: Joint Ambulatory Care Center, 790 Veterans Way, Pensacola, FL.
Eligibility & Submission
- Registration: Offerors must be actively registered in SAM.gov, SBA VetCert (https://veterans.certify.sba.gov/), and comply with Vet 4212 reporting requirements (https://www.dol.gov/agencies/vets/programs/vets4212).
- Questions Due: February 13, 2026, 12:00 PM CT. Questions must be submitted in writing via email to D. Rene' Impey at rene.impey@va.gov, including the solicitation number 36C25626Q0376 in the subject line. No telephone inquiries will be accepted.
- Proposals Due: February 20, 2026, 12:00 PM CT. Submissions must be electronic via email to rene.impey@va.gov. Quotes should be submitted in three volumes: Technical, Past Performance, and Price.
- Mandatory Attachments: Offerors must complete and return the VAAR 852.219-75 Certificate of Compliance (regarding subcontracting limitations), the Past Performance Questionnaire, and the List of Past Performance References template.
Evaluation
Award will be based on a comparative analysis considering Technical Capability, Past Performance, and Price. Technical Capability and Past Performance are considered of equal importance.
Additional Notes
Bidders are responsible for periodically checking the SAM.gov website for any amendments or notices. A pre-performance conference will be required for the successful offeror. The solicitation incorporates various FAR and VAAR provisions and clauses.